MODIFICATION
70 -- CAMERA KITS
- Notice Date
- 12/10/2012
- Notice Type
- Modification/Amendment
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002822776604
- Archive Date
- 12/28/2012
- Point of Contact
- Shevonn Moore, Phone: 951-413-2634, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
shevonn.moore@dma.mil, susan.madrid@dma.mil
(shevonn.moore@dma.mil, susan.madrid@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 12/10/2012: NAICS HAS BEEN CHANGED TO 423410, SIZE STANDARD 100. SMALL BUSINESS SET-ASIDE HAS BEEN REMOVED. COMBINED SYNOPSIS/SOLICITATION CAMERA KIT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. a. Solicitation Number HQ002822776604 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-61, effective 15 October 2012 and DFARS Change Notice 20120906. c. This procurement is associated with NAICS Code 423410, and small business size standard of 100 employees. d. Description: Note: SEE THE ATTACHED BRAND NAME JUSTIFICATION AND FILL IN ALL UNIT PRICE AND TOTALS. QTY: 28Kits P/N: Combat Camera Photo Kit MFR: See Below for Items in Kit 2 EA Nikon 25482 Camera Body, Digital SLR, D4 2 EA Nikon 27050 Battery, Camera EN-EL18 Lithium-Ion, D4 1 Ea Nikon 27057 Ac Adapter, EH-6b 2 EA Nikon 4809 Flash, Sb-910 AF TTL Speedlight 1 EA Nikon 2182 Lens, 16-35mm, Wide Angle Zoom, Nikkor, AF-S, F/4G ED VR 1 EA Nikon 2177 Lens, 60mm, Nikkor, /F2.8D, AF-S Micro, Macro Autofocus 1 EA Nikon 2193 Lens, 24-120mm, Zoom Wide Angle-Telephoto, F/4G ED VR Zoom Lens 1 EA Nikon 2185 Lens, 70-200mm, Zoom, Nikkor, F2.8G ED-IF, AF-S VR II 1 EA Nikon 2129 Teleconverter, 1.4X, TC-14E Ii AF-S 1 EA Nikon 4766 Remote Cord, Coiled 3-9-Feet, SC-29 TTL 1 EA Nikon 4951 Speed-Light Stand, AS-21 1 EA Nikon 4660 Remote Trigger Release, MC-30 1 EA Nikon 4651 Extension Cord, 10 Ft, For MC-30 Remote Trigger Release, MC-21 1 EA Tiffen 77UVP Lens Filter Kit, 77mm 4 EA Sandisk SDCFX-032g-A61 Memory Card, Compact Flash, Extreme, 32GB 1 EA Hands-free Video Stabilizer for DSLR and Camcorders Dot Line (DL-0370) 1 EA Electrophysics 927150 Night Vision Lens, Nikon, DSLR, Astroscope 9350-NIK-PRO-V/FF (Variable Gain) 1 EA Dell Notebook Editor, 17inch LCD, 320GB/7200RPM Hard Drive, 8.0GB, DDR3-1333 SDRAM, 2 DIMM (Model M6600) (225-0381) 1 EA Dell (430-3312) Port Replicator for M6600 1 EA Dell Spare Hard Drive (342-2110), Internal, 750GB, 7200RPM SATA, With AFPAA Image Loaded 1 EA MS Office Pro Plus 2010 (A5938457) 1 EA McAfee Total Protection 2012 (A5253732) 1 EA Image Browsing Software, Camera Bits Photo Mechanic 4.6.8 or Current 1 EA Dolica ZX600B300 Tripod, Carbon Fiber, Supports 17.6 Lbs, Black (Or Equal)** 2 EA Slik 611-352 Mini-Pro Tripod, 2-way Pan/Tilt Head, Supports 3.3 lbs 1 EA Manfrotto 682B Monopod, Tripod base, Supports 26.4LB, Black 1 EA Lowepro LP36394-PAM Backpack, All Weather, Rover AWII(Or Equal)** 1 EA Lowepro LP36145-PEU Pro Runner 450 AW Backpack Holds up to 17" laptop (Or Equal)** 1 EA Pelican 1614 Hard Case, Protector W/ Padded Dividers, Black (24.5" X 19.5" X 12")(Or Equal)** **SEE ATTACHED LIST FOR SALIENT CHARACTERISTICS 28Kits @ _____________ = $________________ OVERALL TOTAL = $____________________ e. Delivery and acceptance will be made at: Various Locations (See the attached chart) f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in CCR at http://www.ccr.gov. g. FAR Provision 52.212-2 (Evaluation of Commercial Items/Jan 1999): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (1) Technical Capability: Meets Brand Name specifications in accordance with "Description" paragraph (d) above. (2) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (3) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description: Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Technical and past performance, when combined, are approximately equal to cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (APR 2012). Electronic ORCA is located at http://orca.bpn.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (AUG 2012) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMA clauses, 52.0100-4028 (Contract Contact Information) (DMA) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. j. The DPAS rating is: A7 k. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 13 December 2012 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ Shevonn.Moore@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d9ccd7db14293c61fd45405cb860d696)
- Place of Performance
- Address: 1865 Selfridge Ave, Lackland AFB, Texas, 78236-5215, United States
- Zip Code: 78236-5215
- Record
- SN02945479-W 20121212/121210233952-d9ccd7db14293c61fd45405cb860d696 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |